Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2013 FBO #4142
SOLICITATION NOTICE

37 -- FARRIER SERVICES

Notice Date
3/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
115210 — Support Activities for Animal Production
 
Contracting Office
MICC - Fort Sill, Directorate of Contracting, P.O. Box 33501, Fort Sill, OK 73503-0501
 
ZIP Code
73503-0501
 
Solicitation Number
W9124L13T0013
 
Response Due
4/4/2013
 
Archive Date
5/25/2013
 
Point of Contact
Mae Snyder, 580-442-8895
 
E-Mail Address
MICC - Fort Sill
(mae.l.snyder@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. COMBINED SYNOPSIS/SOLICITATION (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)This W9124L-13-T-0013 is a Request for Quote (RFQ) for Farrier Service for Fort Sill half section in accordance with the Performance Work Statement (PWS) (SEE ATTACHED). (iii)This Solicitation document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-66, effective February 28, 2013. (iv)This is set-aside 100% for a small business and the associated NAICS code is 115210, size standard is 7 Million. (v)The requirement is as follows: 1.1 Description of Services/Introduction: The Contractor shall provide all personnel, equipment, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Farrier Services as defined in this Performance Work Statement (PWS). The Contractor shall ensure that the Half Section horses are maintained in excellent health and able to support the Field Artillery in ceremonies, parades, and other mission-essential requirements. Farrier services include shoes for each horse every 4-6 weeks, hooves trimming every three (3) months, some emergency services, hoof repairs, and special shoes for two horses, over the course of 12 months. Each horse will be routinely trimmed/shoed every four to six weeks and provided care to prevent lameness and recognize problems such as abscesses, thrush, corns, contracted heels, Navicular, etc. The contractor shall provide Fort Sill Half Section with twelve (12) scheduled farrier services, per year, with four (4) optional years. Services will consist of shoeing of 12 head horses (9 months), Hoof Trim only of 12 head horses (3 months). Contractor will provide 4 each specialty shoes. Contractor shall provide 12 hoof repairs per year, and 12 each emergency calls per year. Contractor shall respond to calls within three days after notification. Emergency call no later than the following day, prior to close of business (4:00 p.m. CST). Contractor shall be experienced in hot/cold shoeing, corrective shoeing, and harness horse shoeing. Period of Performance: The period of performance shall be for one (1) Base Year of twelve (12) months and four (4) 12 month option years. CLIN 0001 - BASE YEAR - Horse Shoeing (12 horses x 9) - 108 Job X $___________= $____________________. CLIN 0002 - BASE YEAR - Huff Trim (12 horses x 3) head - 36 Job X $___________= $____________________. CLIN 0003 - BASE YEAR - Specialty Shoes - 4 Job X $___________= $____________________. CLIN 0004 - BASE YEAR - Hoof Repair - 12 Job X $___________= $____________________. CLIN 0005 - BASE YEAR - Emergency Calls - 12 Job X $___________= $____________________. CLIN 0006 - BASE YEAR - Manpower Report - due on later than October 31, 2013. See below - Accounting for Contract Support for additional information - 1 EACH (EA) X $___________= $____________________. CLIN 1001 - (OPT 1) - Horse Shoeing (12 horses x 9) - 108 Job X $___________= $____________________. CLIN 1002 -(OPT 1) - Huff Trim (12 horses x 3) head - 36 Job X $___________= $____________________. CLIN 1003 - (OPT 1) - Specialty Shoes - 4 Job X $___________= $____________________. CLIN 1004 - (OPT 1) - Hoof Repair - 12 Job X $___________= $____________________. CLIN 1005 - (OPT 1) - Emergency Calls - 12 Job X $___________= $____________________. CLIN 1006 - (OPT 1) - Manpower Report - due on later than October 31, 2014. See below - Accounting for Contract Support for additional information - 1 EACH (EA) X $___________= $____________________. CLIN 2001 - (OPT 2) - Horse Shoeing (12 horses x 9) - 108 Job X $___________= $____________________. CLIN 2002 - (OPT 2) - Huff Trim (12 horses x 3) head - 36 Job X $___________= $____________________. CLIN 2003 - (OPT 2) - Specialty Shoes - 4 Job X $___________= $____________________. CLIN 2004 - (OPT 2) - Hoof Repair - 12 Job X $___________= $____________________. CLIN 2005 - (OPT 2) - Emergency Calls - 12 Job X $___________= $____________________. CLIN 2006 - (OPT 2) - Manpower Report - due on later than October 31, 2015. See below - Accounting for Contract Support for additional information - 1 EACH (EA) X $___________= $____________________. CLIN 3001 - (OPT 3) - Horse Shoeing (12 horses x 9)- 108 Job X $___________= $____________________. CLIN 3002 -(OPT 3) - Huff Trim (12 horses x 3) head- 36 Job X $___________= $____________________. CLIN 3003 - (OPT 3) - Specialty Shoes - 4 Job X $___________= $____________________. CLIN 3004 - (OPT 3) - Hoof Repair - 12 Job X $___________= $____________________. CLIN 3005 - (OPT 3) - Emergency Calls - - 12 Job X $___________= $____________________. CLIN 3006 - (OPT 3) - Manpower Report - due on later than October 31, 2016. See below - Accounting for Contract Support for additional information - 1 EACH (EA) X $___________= $____________________. CLIN 4001 - (OPT 4) - Horse Shoeing (12 horses x 9) - 108 Job X $___________= $____________________. CLIN 4002 - (OPT 4) - Huff Trim (12 horses x 3) head- 36 Job X $___________= $____________________. CLIN 4003 - (OPT 4) - Specialty Shoes -- 4 Job X $___________= $____________________. CLIN 4004 - (OPT 4) - Hoof Repair- 12 Job X $___________= $____________________. CLIN 4005 - (OPT 4) - Emergency Calls -- 12 Job X $___________= $____________________. CLIN 4006 - (OPT 4) - Manpower Report - due on later than October 31, 2017. See below - Accounting for Contract Support for additional information - 1 EACH (EA) X $___________= $____________________. CLIN 4007 - (OPT 4) - Manpower Report - due on later than October 31, 2018. See below - Accounting for Contract Support for additional information - 1 EACH (EA) X $___________= $____________________. (vi)iThe requirement shall be Firm Fixed Price (FFP). (vii) Delivery: Period of Performance: The period of performance shall be for one (1) Base Year of twelve (12) months and four (4) 12 month option years. Base Year01 Apr 2013 - 31 Mar 2014 Option Year I01 Apr 2014 - 31 Mar 2015 Option Year II01 Apr 2015 - 31 Mar 2016 Option Year III01 Apr 2016 - 31 Mar 2017 Option Year IV01 Apr 2017 - 31 Mar 2018 (viii)The following clause applies to this acquisition: Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors--Commercial items. The following provision is being added as an Addendum: FAR 52.214-31, Bidders may submit facsimile bids as response to this solicitation. FAR 52.213-3 Notice to Supplier and 52.252.1 Solicitation Provisions Incorporated by Reference. (ix)Offerors are to include a completed copy of provision FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. (x)The following provisions do apply to this acquisition: Clauses Incorporated By Reference: http://farsite.hill.af.mil FAR 52.209-7 Information Regarding Responsibility Matters. (xi)The following clause is applicable to this acquisition: FAR 52.212- 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. The following FAR clauses within the aforementioned clause are being selected as applicable: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations, 52.219-6 Notice of Total Small Business Set-Aside., 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor., 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers With Disabilities, 52.222-41 Service Contract Act of 1965, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restrictions on Certain Foreign Purchases., 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration, and 52.237-3 Scope and Duration of Contract. (xii) The following clauses are applicable to this acquisition: FAR 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.212-4 Contract Terms and Conditions -- Commercial Items, Clauses Incorporated By Reference: http://farsite.hill.af.mil. In addition, the following FAR clause incorporated in full text; FAR 52.212-2. DFAR clauses apply to this acquisition FAR 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.252-1Solicitation Provisions Incorporated by Reference. Incorporated by full text, 52.252-2 Clauses Incorporated by Reference. DFARS 252.201-7000 Contracting Officers Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower rights, 252.204-7003 Control of Government Personnel Work Product, 252.211-7003 ALT 1 Item Identification and Valuation, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications incorporated by reference. (xiii) DFARS 252.212-7001 Contract Terms and Conditions Required to implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following DFARS clauses within the aforementioned clause are being selected as applicable: 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, 252.225-7001 Buy American and Balance of Payments Program, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. (xiv) 252.237-7010 Prohibition on interrogation of Detainees by Contractor Personnel and 252.247-7023 Transportation of Supplies by Sea. DFARS 252.204-7004 Alternate A, Central Contractor Registration (Sep 2007). 252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law {DEVIATION 2012-00004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012, (Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 5152.233.4000AMC-LEVEL PROTEST PROGRAM (Sep 2011) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. (End of Clause) DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, quote mark DoD Antiterrorism (AT) Standards, quote mark dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. EVALUATION AND AWARD The following provision applies to this acquisition and is incorporated by full text: 52.212-2 Evaluation -- Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability of the offeror to perform services in accordance with the PWS Past Performance Price Technical capability and past performance, when combined, is approximately equal in importance when compared to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDENDUM TO FAR Clause 52.212-2. The following addendum is included and hereby made part of FAR Clause 52.212-2. Basis for Award 1. The government will award a contract to the responsible offeror(s) whose proposal, conforming to the RFP, will be Low-Price, Technically Acceptable. Failure to propose a price for all CLINs will render the proposal unacceptable and the proposal will be rejected. 2. The Government will employ a Lowest Price Technically Acceptable (LPTA) evaluation method for this requirement. The Government will award a single award to the quoter whose response is technically acceptable and the lowest price. 3. All proposals will be subjected to an initial screening by the Contracting Officer to determine whether proposals are complete before being evaluated as detailed below. Proposals that are considered substantively incomplete after initial screening shall be rejected and offerors will be notified they are no longer eligible for further consideration. Offerors are advised that unsupported promises to comply with contractual requirements will not be sufficient. Additionally, a proposal that is unreasonable or incomplete in terms of price will not be considered for award. 4. The Government will evaluate the offeror's technical qualifications to determine whether it satisfies the requirements of the PWS and is executable as proposed. A determination will be rendered as to whether the technical proposal is evaluated as Acceptable or Unacceptable as follows: * Acceptable. Meets all specified minimum performance, capability, qualification, certification, education, and/or security requirements necessary for satisfactory order performance. Approach is sound and executable. * Unacceptable. Does not meet one or more of the specified performance or capability requirements. One or more aspects of the proposal questions the executability of the approach(es) proposed. 5. The Government will evaluate the price proposed for each CLIN and the total estimated price proposed. The Government will evaluate the price for award purposes by adding the total price for all options to the total price for the base period. 6. Past performance is requested to ensure the offeror has the ability to perform based on its prior demonstrated performance record and the relevancy of the work performed (acceptable/unacceptable). Offerors shall provide no more than three (3) references for past performance which shall be included with the quotes submittals. Information shall include: Point of Contact Name, telephone number, contract number and description of services for contracts completed or are currently working which are of the same or similar services and have been performed within the last three years (36 months). The order of preference for past performance information is as follows: (1) government (2) state and (3) commercial contracts. 7. Presentation of certifications achieved will be considered in the absence of Past Performance in accordance with the PWS, and received from the accreditation authority stated in the PWS. Absence of Past Performance information will result in a neutral rating during evaluations; however, certifications are required to replace Past Performance and shall be submitted with the offer. 8. The Government intends to award without discussions. Offerors shall ensure their initial proposal contains its best terms from a technical and price standpoint. However, the Contracting Officer reserves the right to hold discussions if necessary. Discussions, if any, will be conducted in accordance with FAR 15.306 and final offers will be evaluated in the same manner and against the same criteria as were initial offers.] CLARIFICATIONS AND ADDITIONAL REQUIREMENTS APACHE GATE DELIVERY INFORMATION All delivery trucks, transportation trucks, vehicles pulling trailers, every type of cargo or construction vehicle must enter through Apache Gate. Location of Apache Gate: Take the Medicine Park exit 45 off of Interstate 44, proceed west on highway 49 (approximately 0.5 mile). Entrance to Apache Gate is on the left (south). PERMITS, TAXES, LICENSES, ORDINANCES, AND REGULATIONS Contractor shall obtain all necessary permits, give all notices, pay all license fees and taxes, comply with all Federal, state, municipal, county, and local Board of Health ordinances, rules and regulations applicable to the business carried on under this contract, and are responsible for all applicable state sales and use taxes. FAIR LABOR STANDARDS ACT AMENDMENT (MAY 74) Notwithstanding any other provision of this contract, the minimum wage payment shall be specified by P.L. 93-259 or the applicable Service Contract Act Wage Determination Rate, if any, whichever is greater. APPLICABLE WAGE DETERMINATION (S) The following U.S. Department of Labor Wage Determination (s) is (are) applicable to this procurement: (a copy of each Determination is incorporated herein and made a part hereof. Wage Determination No Date 05-2525 Revision 14 06/13/12 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES In accordance with FAR Clause 52.222-42 quote mark Statement of Equivalent Rates for Federal Hires quote mark incorporated into this contract by reference by FAR Clause 52.212-5 quote mark Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, quote mark the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION EMPLOYEE CLASSMONETARY WAGE-FRINGE BENEFITS* Livestock Caretaker$17.13 - 40.7% ACCOUNTING FOR CONTRACT SERVICES The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollar paid this reporting period (including sub-contractors): (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (The Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information.; (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the Unites states and nearest city, county, when in a overseas location, using standardized nomenclature provided on website; (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees employed in theater this reporting period (by country). Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. CONTRACTUAL AUTHORITY No written or oral statements of any person whosoever other than the Contracting Officer will, in any manner or degree, modify or otherwise affect the terms of this contract. The Contracting Officer is the only person authorized to approve changes in any of the requirements under this contract, and notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely with the Contracting Officer. INSURANCE REQUIREMENTS In addition to any Insurance which may be legally required, the Contractor and any subcontractors shall procure and maintain during the entire period of performance under this contract the following minimum insurance coverage: (See FAR 28.307-2) a. COMPREHENSIVE GENERAL LIABILITY INSURANCE: Bodily injury liability insurance in the minimum limits of $500,000 per occurrence and property damage liability insurance in the minimum limits of $100,000 per occurrence shall be required on the comprehensive form of policy. b. AUTOMOBILE LIABILITY INSURANCE: This insurance shall be required on the comprehensive form of policy and shall provide bodily injury liability and property damage liability covering the operation of all automobiles used in connection with the performance of the contract. At least the minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage shall be required. c. WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE: As required by law except that if this contract is to be performed in a State which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workman's Compensation Insurance shall extend to cover employer's liability for accidental bodily insurance or death and for occupational disease with a minimum liability limit of $100,000. PROOF OF INSURANCE 1. At all times during performance, the Contractor shall maintain with the Contracting Officer either: (a) A current Certificate of Insurance (COI) showing at least the insurance required above and providing for a firm 30 day written notice to the Contracting Officer by the Insurance Company prior to cancellation or any material change in policy coverage. The statement that quote mark failure to provide such notice relieves the insurance company of any liability quote mark shall not be written into the COI. (b) A Certificate of Compliance, executed by an officer of the Contractor's firm, certifying that the firm will comply with the insurance requirements stated in this contract at all times during performance of this contract. (A Certificate of Compliance will be provided to the Contractor upon contract award.) 2. A Certificate of Insurance from the Contractor's insurance company or a Certificate of Compliance shall be furnished to the Contracting Officer 10 calendar days prior to contract performance. 3. Failure to maintain the required coverage may result in termination of the contract. CHANGES Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes such as changes in paying office, appropriation data, etc., which may be made unilaterally by the Government. WIDE AREA WORKFLOW (WAWF) BILLING INSTRUCTIONS Contractors are advised: For Invoices use the Invoice/Receiving Report (2-in-1) type. DO NOT USE: The Fast Pay Option Use the following DoDAAC's when providing invoices and receiving reports. Administered By:Mae Snyder Payment Official:HQ0490 Issued By: W9124L Ship To:W91WZ7 Acceptance By: W91WZ7 NOTE: Failure to include the following additional email addresses for the Specialist and Acceptor could result in a delay in payment of your invoice. ACCEPTOR POC: Wiley Watts ACCEPTOR EMAIL: wiley.watts@us.army.mil SPECIALIST EMAIL: mae.snyder@us.army.mil For WAWF issues contact: WAWF Customer Service at 1-866-618-5988 / 1-801-605-7095 or by email at cscassig@csd.disa.mil For Receiving Report inquiries contact: Acceptor POC identified above. IDENTIFICATION OF CONTRACTOR EMPLOYEES AND VEHICLES Each side of Contractor-owned vehicles shall bear the Contractor's name in 2-inch letters. Each Contractor employee shall possess an identification card to include employee's name, name of Contractor, current photo, and card serial number. Additionally, each Contractor employee shall display on his/her person a badge or name tag which shall include the name of the employee and the Contractor's name. The Contractor shall collect Contractor-furnished identification badges upon termination of employee. CONDUCT OF EMPLOYEES The Contractor's employees shall not be permitted to carry firearms, knives or other lethal weapons while on Fort Sill. CLARIFICATION OF THIS SOLICITATION Prospective bidders are cautioned against soliciting views, clarification, interpretations, etc., of this solicitation from agencies or individuals of the Government other than the office issuing this solicitation. Any desired explanation of this solicitation should be made in writing to Mae Snyder at email mae.l.snyder@us.army.mil and Lisa G. Slagle (KO) at email lisa.g.slagle@us.army.mil. Clarifications and/or questions are due March 29, 2013 4:00 p.m. Sufficient time should be allowed for a reply to reach bidders/offerors before submission of their bids/offers. No phone calls, email only. Oral explanations will not be binding. INTERRUPTION OF GOVERNMENT PROCESSES If an emergency or unanticipated event interrupts normal Government processes so that proposal cannot be received at the office designated for receipt by the exact time specified in the RFP, and urgent Government requirements preclude an amendment or other notice of an extension of the bid opening/closing date, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the RFP on the first work day on which normal Government processes resume. If no time is specified in the solicitation, the time for receipt is 4:00 p.m., local time for the designed Government office. NOTICE OF AWARD A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. POINT OF CONTACT The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, that is answered 24 hours a day, seven (7) days a week, and a local address where the Contractor can be notified of or contacted for emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. Electronic answering devices, beepers, or pagers shall suffice for this requirement. REGULATIONS The site of the contracted work is on a military reservation, and rules and regulations issued by the Commander, Fort Sill, or other appropriate commanders, covering fire, safety, sanitation, severe weather requirements, admission to installation/facility and conduct of operations shall be observed by the Contractor and his employees. Work Force: The successful bidder shall not hire persons not legally residing in the United States of America. (End of clause) (xiv)Submission of quotes shall be forwarded by April 4, 2013, 4:00 p.m. Local time using either facsimile at (580) 442-8014 or email mae.l.snyder@us.army.mil AND Lisa.slagle@us.army.mil (xv) The points of contact for this acquisition are Contract Specialist, Ms. Mae Snyder (580) 442-8895, or Contracting Officer, Ms. Lisa G. Slagle (580) 442-3653.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e829d2964d041911811c8d202be3ec65)
 
Place of Performance
Address: MICC - Fort Sill Directorate of Contracting, P.O. Box 33501 Fort Sill OK
Zip Code: 73503-0501
 
Record
SN03020540-W 20130328/130326234307-e829d2964d041911811c8d202be3ec65 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.